Louisiana Bids > Bid Detail

Preservation, Storage, Part Harvesting, Disposal or Transportation of E-3D Aircraft

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159671864105114
Posted Date: Jan 4, 2024
Due Date: Jan 19, 2024
Source: https://sam.gov/opp/5f40a5969a...
Follow
Preservation, Storage, Part Harvesting, Disposal or Transportation of E-3D Aircraft
Active
Contract Opportunity
Notice ID
N00019-24-RFPREQ-APM271-0189
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 04, 2024 10:09 am EST
  • Original Published Date: Jan 04, 2024 10:08 am EST
  • Updated Response Date: Jan 19, 2024 11:00 am EST
  • Original Response Date: Jan 19, 2024 11:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 19, 2025
  • Original Inactive Date: Jan 19, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J016 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Lake Charles , LA
    USA
Description View Changes

DISCLAIMER



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



This Sources Sought Notice is being used as a market research tool pursuant to Federal Acquisition Regulation (FAR) Part 10 to determine potential sources and their technical capabilities. The results of this sources sought will be utilized to determine if the required service exists in the marketplace and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered.



INTRODUCTION



The Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control, and Communications Program Office (PMA-271) located in Patuxent River, Maryland is issuing this sources sought notice for the preservation, storage, component harvesting, disposal or transportation of (1) E-3D aircraft.



This effort would include the harvesting of selected components identified by PMA-271 to include, but are not limited to, the following: major structures, flight controls, landing gear, hydraulic systems, electrical systems, airframe components, etc. During this process, full responsibility for the preservation and storage of the aircraft would be assumed by the contractor.



The E-3D aircraft currently resides in Lake Charles, Louisiana at a Contractor’s facility.



REQUIRED CAPABILITIES



Interested contractors may submit a capability statement identifying their interest and capability to respond to the requirement. Only capability statements received on or before the response date indicated in this notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Capability statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications:




  • Ability to part harvest by removing parts per the E-3D maintenance manuals

  • Storage Facilities, including housing the aircraft and parts harvested until shipment to designated location

  • Ability to gain access to Northrop Grumman’s Lake Charles Facilities

  • Ability to gain access to E-3D Maintenance Manuals; and

  • Ability to transport the aircraft from Lake Charles, Louisiana to Tucson, Arizona for disposal



ELIGIBILITY



The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 488190 with a Small Business size standard of $40M. The applicable Product Service Code (PSC) is J016.



All interested parties must be registered in SAM.gov to be eligible for award of Government contracts.



SUBMISSION CONTENT



The requested information below is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the requirements above.




  1. Corporate Information




  1. Company’s Name and Address

  2. Company’s point of contact including email address and phone number who are able to discuss the response submitted.

  3. Company’s business size and list of NAICS codes under which goods and services are provided

  4. General corporate information

  5. Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disable, veteran owned, HUB ZONE, etc.)

  6. Major products and primary customer base

  7. Statement whether interest in this sources sought notice is for the purpose of becoming the prime offer, or to inquire about subcontracting possibilities




  1. Specific Sources Sought Information Requested



The response should include a concept summary written from a system solution perspective showing how the concept and development methodology could satisfy the requirements defined herein and should at a minimum include the following:




  1. Proposed approach to meet the government’s complete requirements described in the Background above;

  2. Rough Order of Magnitude (ROM) costs for the performance of the efforts described above;

  3. Timeline in number of calendar days and/or hours to perform efforts described above;

  4. Demonstrate the ability to meet the required capabilities identified above;

  5. If an interested party would team with other parties, the capability statement would need to discuss how the work efforts would be separated, the corporate relationship between the parties (i.e. team arrangement, prime-subcontractor, joint venture, etc.);

  6. A description of the company’s past experience and performance on similar contracts. Include whether Contractor Performance Assessment Reporting System (CPARS) ratings are available. This description should address current and prior experiences within five (5) years from the date of this notice. If no similar experiences exist, please address future capabilities. Any future capabilities should provide an outline to the ability to deliver to the requirements defined herein.

  7. Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company’s capability.



SUBMISSION DETAILS



Means of Delivery: All Capability Statements should be sent via email to Madison Heilmeier at madison.e.heilmeier.civ@us.navy.mil and Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the Subject “CONTRACTOR NAME E-3D PRESERVATION/HARVESTING EFFORT”.



Media: Responses shall be in Microsoft Word and/or Microsoft Excel format, or Portable Document Format (PDF).



Page Limit: Responses shall be no more than 10 pages single-spaced, 8.5 x 11 inch pages using 12-point Times New Roman font minimum.



Marking: If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). All responses must be unclassified.



Submission Information: Interested parties shall respond no later than 10:00 (Eastern) on 19 January 2024.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >